Lift & Transportation of Lock Chamber Bulkheads - Minneapolis, MN
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Original)
- Original Published Date: Mar 27, 2023 10:31 am CDT
- Original Date Offers Due: Apr 20, 2023 11:00 am CDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: May 05, 2023
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Z2PZ - REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES
- NAICS Code:
- 238990 - All Other Specialty Trade Contractors
- Place of Performance: Minneapolis , MN 55401USA
Description
The U.S. Army Corps of Engineers - St. Paul District requires a contractor to move eight (8) lock chamber bulkheads from the upper parking lot of Upper St. Anthony Falls Lock and Dam (1 Portland Ave, Minneapolis, MN) to the lower parking lot of Lock and Dam 1 (5000 West River Parkway, Minneapolis, MN). Each bulkhead measures 58 ft Center-to-Center of the rollers. They are 3 ft tall and 6 ft deep. Each bulkhead weighs 12,030 lbs. No lifting beam is available.
This solicitation is a Request for Proposal (RFP) using a Statement of Objectives (SOO). It is the Offeror’s responsibility to develop a plan for moving the eight (8) lock chamber bulkheads safely to their destination. The Government will evaluate proposals received, and select one firm for award of one firm-fixed price service contract.
Proposals shall include:
- Lifting Plan, which shall include description of the heavy-lift equipment, including current certifications for both the equipment and operator(s). Plan shall include outline of rigging methods to be used
- Transportation Plan, to include details on the vehicle(s) to be used, including critical dimensions, route proposed, what permits are required, and a proposed schedule
- Statement of Experience for Contractor and On-Site Supervisor, to include relevant experience with heavy lifting equipment
- Proof of License and Insurance for Work in State of Minnesota
- Outline of Accident Prevention Plan, with focus on risk mitigation in relation to equipment and procedures proposed
- Pricing for Job
This solicitation is 100% set-aside for small business. If an entity proposes an alternate NAICS code, based on its proposal, a revision of the NAICS code (and SBA size standard) will be considered.
OFFEROR SHALL BE REGISTERED IN SAM (System for Award Management) https://www.sam.gov to include the FAR and DFARS Reps and Certs sections with the NAICS code applicable to the solicitation.
Offerors are highly encouraged to visit the sites prior to preparing proposals. Information for arranging a site visit is on page 3 of the solicitation, in the Notes to Offerors section.
Proposals will be evaluated using the following factors:
- Technical Feasibility
- Safety/Risk Mitigation
- Price
- Relevant Past Performance
When combined, Technical Feasibility and Safety/Risk Mitigation are more important than Price.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 332 MINNESOTA STREET SUITE 1500
- SAINT PAUL , MN 55101-1323
- USA
Primary Point of Contact
- John P Riederer
- John.P.Riederer@usace.army.mil
- Phone Number 6512905614
Secondary Point of Contact
- Kenneth J. Eshom
- kenneth.j.eshom@usace.army.mil
History
- May 16, 2023 10:58 pm CDTAward Notice (Original)
- May 05, 2023 10:58 pm CDTSolicitation (Original)
- Feb 08, 2023 10:58 pm CSTSources Sought (Original)